51
Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template STATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENCY REQUEST FOR PROPOSALS FOR HOME PROGRAM QUALITY ASSURANCE INSPECTION SERVICES (STATE-WIDE) RFP # 31620-06832 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 5. EVALUATION & CONTRACT AWARD ATTACHMENTS: 6.1. Response Statement of Certifications & Assurances 6.2. Technical Response & Evaluation Guide 6.3. Cost Proposal & Scoring Guide 6.4. Reference Questionnaire 6.5. Score Summary Matrix 6.6. Pro Forma Contract

REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

STATE OF TENNESSEE

TENNESSEE HOUSING DEVELOPMENT AGENCY

REQUEST FOR PROPOSALS FOR

HOME PROGRAM QUALITY ASSURANCE INSPECTION SERVICES

(STATE-WIDE)

RFP # 31620-06832

RFP CONTENTS SECTIONS:

1. INTRODUCTION

2. RFP SCHEDULE OF EVENTS

3. RESPONSE REQUIREMENTS

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

5. EVALUATION & CONTRACT AWARD

ATTACHMENTS:

6.1. Response Statement of Certifications & Assurances

6.2. Technical Response & Evaluation Guide

6.3. Cost Proposal & Scoring Guide

6.4. Reference Questionnaire

6.5. Score Summary Matrix

6.6. Pro Forma Contract

Page 2: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 2

1. INTRODUCTION

The State of Tennessee, TENNESSEE HOUSING DEVELOPMENT AGENCY, hereinafter referred to as “the State,” has issued this Request for Proposals (RFP) to define minimum contract requirements; solicit responses; detail response requirements; and, outline the State’s process for evaluating responses and selecting a contractor to provide the needed goods or services.

Through this RFP, the State seeks to procure necessary goods or services at the most favorable, competitive prices and to give ALL qualified businesses, including those that are owned by minorities, women, Tennessee service-disabled veterans, and small business enterprises, an opportunity to do business with the state as contractors, subcontractors or suppliers.

1.1. Statement of Procurement Purpose

Purpose. The Tennessee Housing Development Agency (“THDA”) manages the HOME Investment Partnerships Program grant funding from the Department of Housing and Urban Development (“HUD”). The THDA HOME program funds projects undertaken by local governments and non-profit organizations (“Administrator of the Grant” or “Grantee”) to construct and rehabilitate housing units (“unit”) for eligible low and moderate income households (“Owner”) in all ninety five (95) counties. Upon completion, units approved for participation must comply with local code and in the absence of local code must comply with either the State adopted International Residential Code or the International Building Code for new construction or the International Existing Building Code for rehabilitations.

As part of the requirements for managing the grant, three (3) types of on-site physical inspections [“Quality Assurance (QA) Inspections”] are required to determine compliance with Section 24 CFR 92.251 (property standards) and HUD’s Uniform Physical Condition Standards (“UPCS”): (1). The initial inspection is to be conducted on-site with the grantee’s representative to verify

the completed UPCS inspection checklist report is an accurate representation of the existing condition of the unit.

(2). The progress inspection is to be conducted on-site, midway through the construction schedule, to verify the construction activities up to this point comply with the construction documents and industry workmanship quality standards.

(3). The final inspection will be conducted on-site upon completion of all construction activities to verify the project is completed per the construction documents, code, industry workmanship quality standards, and satisfies the deficiencies on the original UPCS inspection checklist report.

1.1.2. THDA estimates roughly one thousand eight hundred (1,800) total Quality Assurance Inspections over

the next 36 months (on approximately 200 units throughout the state, in all 95 counties) to be required under the resulting contract.

1.1.3. Any data or factual information provided by the State (in this RFP, an RFP amendment or any other communication relating to this RFP) is for informational purposes only. The State will make reasonable efforts to ensure the accuracy of such data or information, however it is the Respondent’s obligation to independently verify any data or information provided by the State. The State expressly disclaims the accuracy or adequacy of any information or data that it provides to prospective Respondents.

1.2. Scope of Service, Contract Period, & Required Terms and Conditions

The RFP Attachment 6.6., Pro Forma Contract details the State’s requirements: Scope of Services and Deliverables (Section A); Contract Period (Section B); Payment Terms (Section C); Standard Terms and Conditions (Section D); and, Special Terms and Conditions (Section E).

Page 3: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 3

The pro forma contract substantially represents the contract document that the successful Respondent must sign.

1.3. Nondiscrimination

No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or any other classification protected by federal, Tennessee state constitutional, or statutory law. The Contractor pursuant to this RFP shall, upon request, show proof of such nondiscrimination and shall post in conspicuous places, available to all employees and applicants, notices of nondiscrimination.

1.4. RFP Communications

1.4.1. The State has assigned the following RFP identification number that must be referenced in all communications regarding this RFP: RFP # 31620-06832

1.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennessee

except as detailed below may result in disqualification from consideration under this procurement process.

1.4.2.1. Prospective Respondents must direct communications concerning this RFP to the

following person designated as the Solicitation Coordinator: ROBIN HAUSKEN TENNESSEE HOUSING DEVELOPMENT AGENCY ANDREW JACKSON BUILDING 502 DEADERICK ST., THIRD FLOOR, NASHVILLE, TN 37243 (615) 815-2063 [email protected]

1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact:

a. staff of the Governor’s Office of Diversity Business Enterprise for assistance available to minority-owned, woman-owned, Tennessee service-disabled veteran owned, and small businesses as well as general, public information relating to this RFP (visit www.tn.gov/businessopp/ for contact information); and

b. the following individual designated by the State to coordinate compliance with the

nondiscrimination requirements of the State of Tennessee, Title VI of the Civil Rights Act of 1964, the Americans with Disabilities Act of 1990, and associated federal regulations: DONNA DUARTE TENNESSEE HOUSING DEVELOPMENT AGENCY ANDREW JACKSON BUILDING 502 DEADERICK ST., THIRD FLOOR, NASHVILLE, TN 37243 (615) 815-2210 [email protected]

1.4.3. Only the State’s official, written responses and communications with Respondents are binding

with regard to this RFP. Oral communications between a State official and one or more Respondents are unofficial and non-binding.

Page 4: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 4

1.4.4. Potential Respondents must ensure that the State receives all written questions and comments,

including questions and requests for clarification, no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events.

1.4.5. Respondents must assume the risk of the method of dispatching any communication or response

to the State. The State assumes no responsibility for delays or delivery failures resulting from the Respondent’s method of dispatch. Actual or digital “postmarking” of a communication or response to the State by a specified deadline is not a substitute for the State’s actual receipt of a communication or response.

1.4.6. The State will convey all official responses and communications related to this RFP to the

prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to RFP Section 1.7).

1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,

written responses and communications related to this RFP. Such written communications may be transmitted by mail, hand-delivery, facsimile, electronic mail, Internet posting, or any other means deemed reasonable by the State. For internet posting, please refer to the following website: http://tn.gov/generalserv/cpo/sourcing_sub/rfp.shtml.

1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and

adequacy of responses to written comments, questions, and requests related to this RFP. The State’s official, written responses will constitute an amendment of this RFP.

1.5. Assistance to Respondents With a Handicap or Disability Prospective Respondents with a handicap or disability may receive accommodation relating to the communication of this RFP and participating in the RFP process. Prospective Respondents may contact the Solicitation Coordinator to request such reasonable accommodation no later than the Disability Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.

1.6. Respondent Required Review & Waiver of Objections

1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to, attachments, the RFP Attachment 6.6., Pro Forma Contract, and any amendments, for questions, comments, defects, objections, or any other matter requiring clarification or correction (collectively called “questions and comments”).

1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide

them in writing to the State no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events.

1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the

objection has not been brought to the attention of the State, in writing, by the Written Questions & Comments Deadline.

1.7. Notice of Intent to Respond

Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events, prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in the form of a simple e-mail or other written communication). Such notice should include the following information: the business or individual’s name (as appropriate) a contact person’s name and title

Page 5: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 5

the contact person’s mailing address, telephone number, facsimile number, and e-mail address A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a response, however, it is necessary to ensure receipt of any RFP amendments or other notices and communications relating to this RFP.

1.8. Response Deadline

A Respondent must ensure that the State receives a response no later than the response Deadline time and date detailed in the RFP Section 2, Schedule of Events. A response must respond, as required, to this RFP (including its attachments) as may be amended. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the response. It is the responsibility of the Respondent to ascertain any additional security requirements with respect to packaging and delivery to the State of Tennessee. Respondents should be mindful of any potential delays due to security screening procedures, weather, or other filing delays whether foreseeable or unforeseeable.

Page 6: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 6

2. RFP SCHEDULE OF EVENTS 2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP.

EVENT

TIME (central time

zone)

DATE

1. RFP Issued Thursday, September 10, 2015

2. Disability Accommodation Request Deadline 2:00 p.m. Tuesday, September 15, 2015

3. Notice of Intent to Respond Deadline 2:00 p.m. Wednesday, September 16, 2015

4. Written “Questions & Comments” Deadline 2:00 p.m. Monday, September 21, 2015

5. State Response to Written “Questions & Comments” Thursday, September 24, 2015

6. Response Deadline 2:00 p.m. Thursday, October 8, 2015

7. State Completion of Technical Response Evaluations Tuesday, October 13, 2015

8. State Opening & Scoring of Cost Proposals 2:00 p.m. Wednesday, October 14, 2015

9. State Notice of Intent to Award Released and RFP Files Opened for Public Inspection 2:00 p.m. Thursday, October 15, 2015

10. End of Open File Period Thursday, October 22, 2015

11. State sends contract to Contractor for signature Friday, October 23, 2015

12. Contractor Signature Deadline 2:00 p.m. Monday, October 26, 2015

2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it

deems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and the State will communicate such to prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to section 1.7).

Page 7: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 7

3. RESPONSE REQUIREMENTS 3.1. Response Form

A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.

3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides

the specific requirements for submitting a response. This guide includes mandatory requirement items, general qualifications and experience items, and technical qualifications, experience, and approach items all of which must be addressed with a written response and, in some instances, additional documentation.

NOTICE: A technical response must not include any pricing or cost information. If any pricing or cost information amounts of any type (even pricing relating to other projects) is included in any part of the technical response, the state may deem the response to be non-responsive and reject it.

3.1.1.1. A Respondent must use the RFP Attachment 6.2., Technical Response & Evaluation

Guide to organize, reference, and draft the Technical Response by duplicating the attachment, adding appropriate page numbers as required, and using the guide as a table of contents covering the Technical Response.

3.1.1.2. A response should be economically prepared, with emphasis on completeness and

clarity. A response, as well as any reference material presented, must be written in English and must be written on standard 8 ½” x 11” pages (although oversize exhibits are permissible) and use a 12 point font for text. All response pages must be numbered.

3.1.1.3. All information and documentation included in a Technical Response should respond to

or address a specific requirement detailed in the RFP Attachment 6.2., Technical Response & Evaluation Guide. All information must be incorporated into a response to a specific requirement and clearly referenced. Any information not meeting these criteria will be deemed extraneous and will not contribute to evaluations.

3.1.1.4. The State may determine a response to be non-responsive and reject it if:

a. the Respondent fails to organize and properly reference the Technical Response

as required by this RFP and the RFP Attachment 6.2., Technical Response & Evaluation Guide; or

b. the Technical Response document does not appropriately respond to, address, or

meet all of the requirements and response items detailed in the RFP Attachment 6.2., Technical Response & Evaluation Guide.

3.1.2. Cost Proposal. A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment

6.3., Cost Proposal & Scoring Guide.

NOTICE: If a Respondent fails to submit a cost proposal exactly as required, the State may deem the response to be non-responsive and reject it.

3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFP

Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates, amounts, or information.

Page 8: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 8

3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for the total contract period, including any renewals or extensions.

3.1.2.3. A Respondent must sign and date the Cost Proposal. 3.1.2.4. A Respondent must submit the Cost Proposal to the State in a sealed package

separate from the Technical Response (as detailed in RFP Sections 3.2.3., et seq.). 3.2. Response Delivery

3.2.1. A Respondent must ensure that both the original Technical Response and Cost Proposal

documents meet all form and content requirements, including all required signatures, as detailed within this RFP.

3.2.2. A Respondent must submit original Technical Response and Cost Proposal documents and

copies as specified below.

3.2.2.1. One (1) original Technical Response paper document labeled: “RFP # 31620-06832 TECHNICAL RESPONSE ORIGINAL” and FOUR (4) digital copies of the Technical Response each in the form of one (1) digital document in “PDF” format properly recorded on its own otherwise blank, standard CD-R recordable disc or USB flash drive labeled: “RFP # 31620-06832 TECHNICAL RESPONSE COPY” The digital copies should not include copies of sealed customer references, however any other discrepancy between the paper Technical Response document and any digital copies may result in the State rejecting the proposal as non-responsive.

3.2.2.2. One (1) original Cost Proposal paper document labeled:

“RFP # 31620-06832 COST PROPOSAL ORIGINAL” and one (1) copy in the form of a digital document in “PDF/XLS” format properly recorded on separate, blank, standard CD-R recordable disc or USB flash drive labeled: “RFP # 31620-06832 COST PROPOSAL COPY” In the event of a discrepancy between the original Cost Proposal document and the digital copy, the original, signed document will take precedence.

3.2.3. A Respondent must separate, seal, package, and label the documents and copies for delivery as

follows: 3.2.3.1. The Technical Response original document and digital copies must be placed in a

sealed package that is clearly labeled: “DO NOT OPEN… RFP # 31620-06832 TECHNICAL RESPONSE FROM [RESPONDENT’S LEGAL ENTITY NAME]”

3.2.3.2. The Cost Proposal original document and digital copy must be placed in a separate,

sealed package that is clearly labeled:

Page 9: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 9

“DO NOT OPEN… RFP # 31620-06832 COST PROPOSAL FROM [RESPONDENT’S LEGAL ENTITY NAME]”

3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may be

enclosed in a larger package for mailing or delivery, provided that the outermost package is clearly labeled: “RFP # 31620-06832 SEALED TECHNICAL RESPONSE & SEALED COST PROPOSAL FROM [RESPONDENT’S LEGAL ENTITY NAME]”

3.2.4. A Respondent must ensure that the State receives a response no later than the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following address: ROBIN HAUSKEN TENNESSEE HOUSING DEVELOPMENT AGENCY ANDREW JACKSON BUILDING 502 DEADERICK ST., THIRD FLOOR, NASHVILLE, TN 37243 (615) 815-2063 [email protected]

3.3. Response & Respondent Prohibitions

3.3.1. A response must not include alternate contract terms and conditions. If a response contains such terms and conditions, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.

3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to deliver

goods or provide services as required by this RFP or the Cost Proposal. If a response restricts the rights of the State or otherwise qualifies either the offer to deliver goods or provide services as required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.

3.3.3. A response must not propose alternative goods or services (i.e., offer services different from

those requested and required by this RFP) unless expressly requested in this RFP. The State may consider a response of alternative goods or services to be non-responsive and reject it.

3.3.4. A Cost Proposal must be prepared and arrived at independently and must not involve any

collusion between Respondents. The State will reject any Cost Proposal that involves collusion, consultation, communication, or agreement between Respondents. Regardless of the time of detection, the State will consider any such actions to be grounds for response rejection or contract termination.

3.3.5. A Respondent must not provide, for consideration in this RFP process or subsequent contract

negotiations, any information that the Respondent knew or should have known was materially incorrect. If the State determines that a Respondent has provided such incorrect information, the State will deem the Response non-responsive and reject it.

3.3.6. A Respondent must not submit more than one Technical Response and one Cost Proposal in

response to this RFP, except as expressly requested by the State in this RFP. If a Respondent submits more than one Technical Response or more than one Cost Proposal, the State will deem all of the responses non-responsive and reject them.

3.3.7. A Respondent must not submit a response as a prime contractor while also permitting one or

more other Respondents to offer the Respondent as a subcontractor in their own responses. Such may result in the disqualification of all Respondents knowingly involved. This restriction does not, however, prohibit different Respondents from offering the same subcontractor as a part

Page 10: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 10

of their responses (provided that the subcontractor does not also submit a response as a prime contractor).

3.3.8. The State shall not consider a response from an individual who is, or within the past six (6)

months has been, a State employee. For purposes of this RFP:

3.3.8.1. An individual shall be deemed a State employee until such time as all compensation for salary, termination pay, and annual leave has been paid;

3.3.8.2. A contract with or a response from a company, corporation, or any other contracting entity in which a controlling interest is held by any State employee shall be considered to be a contract with or proposal from the employee; and

3.3.8.3. A contract with or a response from a company, corporation, or any other contracting entity that employs an individual who is, or within the past six (6) months has been, a State employee shall not be considered a contract with or a proposal from the employee and shall not constitute a prohibited conflict of interest.

3.4. Response Errors & Revisions A Respondent is responsible for any and all response errors or omissions. A Respondent will not be allowed to alter or revise response documents after the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events unless such is formally requested, in writing, by the State.

3.5. Response Withdrawal

A Respondent may withdraw a submitted response at any time before the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events by submitting a written request signed by an authorized Respondent representative. After withdrawing a response, a Respondent may submit another response at any time before the Response Deadline. After the Response Deadline, a Respondent may only withdraw all or a portion of a response where the enforcement of the response would impose an unconscionable hardship on the Respondent.

3.6. Additional Services

If a response offers goods or services in addition to those required by and described in this RFP, the State, at its sole discretion, may add such services to the contract awarded as a result of this RFP. Notwithstanding the foregoing, a Respondent must not propose any additional cost amounts or rates for additional goods or services. Regardless of any additional services offered in a response, the Respondent’s Cost Proposal must only record the proposed cost as required in this RFP and must not record any other rates, amounts, or information. NOTICE: If a Respondent fails to submit a Cost Proposal exactly as required, the State may deem the response non-responsive and reject it.

3.7. Response Preparation Costs

The State will not pay any costs associated with the preparation, submittal, or presentation of any response.

Page 11: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 11

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 4.1. RFP Amendment

The State at its sole discretion may amend this RFP, in writing, at any time prior to contract award. However, prior to any such amendment, the State will consider whether it would negatively impact the ability of potential Respondents to meet the response deadline and revise the RFP Schedule of Events if deemed appropriate. If an RFP amendment is issued, the State will convey it to potential Respondents who submitted a Notice of Intent to Respond (refer to RFP Section 1.7). A response must address the final RFP (including its attachments) as amended.

4.2. RFP Cancellation

The State reserves the right, at its sole discretion, to cancel the RFP or to cancel and reissue this RFP in accordance with applicable laws and regulations.

4.3. State Right of Rejection

4.3.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole discretion, any and all responses.

4.3.2. The State may deem as non-responsive and reject any response that does not comply with all

terms, conditions, and performance requirements of this RFP. Notwithstanding the foregoing, the State reserves the right to waive, at its sole discretion, minor variances from full compliance with this RFP. If the State waives variances in a response, such waiver shall not modify the RFP requirements or excuse the Respondent from full compliance, and the State may hold any resulting Contractor to strict compliance with this RFP.

4.4. Assignment & Subcontracting

4.4.1. The Contractor may not subcontract, transfer, or assign any portion of the Contract awarded as a result of this RFP without prior approval of the State. The State reserves the right to refuse approval, at its sole discretion, of any subcontract, transfer, or assignment.

4.4.2. If a Respondent intends to use subcontractors, the response to this RFP must specifically identify

the scope and portions of the work each subcontractor will perform (refer to RFP Attachment 6.2., Section B, General Qualifications & Experience Item B.14.).

4.4.3. Subcontractors identified within a response to this RFP will be deemed as approved by the State

unless the State expressly disapproves one or more of the proposed subcontractors prior to signing the Contract.

4.4.4. After contract award, a Contractor may only substitute an approved subcontractor at the

discretion of the State and with the State’s prior, written approval. 4.4.5. Notwithstanding any State approval relating to subcontracts, the Respondent who is awarded a

contract pursuant to this RFP will be the prime contractor and will be responsible for all work under the Contract.

4.5. Right to Refuse Personnel or Subcontractors

The State reserves the right to refuse, at its sole discretion and notwithstanding any prior approval, any personnel of the prime contractor or a subcontractor providing goods or services in the performance of a contract resulting from this RFP. The State will document in writing the reason(s) for any rejection of personnel.

Page 12: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 12

4.6. Insurance From time-to-time, the State may require the awarded Contractor to provide a Certificate of Insurance issued by an insurance company licensed or authorized to provide insurance in the State of Tennessee. Each Certificate of Insurance shall indicate current insurance coverages meeting minimum requirements as may be specified by this RFP. A failure to provide a current, Certificate of Insurance will be considered a material breach and grounds for contract termination.

4.7. Professional Licensure and Department of Revenue Registration

4.7.1. All persons, agencies, firms, or other entities that provide legal or financial opinions, which a Respondent provides for consideration and evaluation by the State as a part of a response to this RFP, shall be properly licensed to render such opinions.

4.7.2. Before the Contract resulting from this RFP is signed, the apparent successful Respondent (and

Respondent employees and subcontractors, as applicable) must hold all necessary or appropriate business or professional licenses to provide the goods or services as required by the contract. The State may require any Respondent to submit evidence of proper licensure.

4.7.3. Before the Contract resulting from this RFP is signed, the apparent successful Respondent must

be registered with the Tennessee Department of Revenue for the collection of Tennessee sales and use tax. The State shall not award a contract unless the Respondent provides proof of such registration or provides documentation from the Department of Revenue that the Contractor is exempt from this registration requirement. The foregoing is a mandatory requirement of an award of a contract pursuant to this solicitation. For purposes of this registration requirement, the Department of Revenue may be contacted at: [email protected].

4.8. Disclosure of Response Contents

4.8.1. All materials submitted to the State in response to this RFP shall become the property of the State of Tennessee. Selection or rejection of a response does not affect this right. By submitting a response, a Respondent acknowledges and accepts that the full response contents and associated documents will become open to public inspection in accordance with the laws of the State of Tennessee.

4.8.2. The State will hold all response information, including both technical and cost information, in

confidence during the evaluation process. Notwithstanding the foregoing, a list of actual Respondents submitting timely responses may be available to the public, upon request, after technical responses are opened.

4.8.3. Upon completion of response evaluations, indicated by public release of a Notice of Intent to

Award, the responses and associated materials will be open for review by the public in accordance with Tennessee Code Annotated, Section 10-7-504(a)(7).

4.9. Contract Approval and Contract Payments

4.9.1. After contract award, the Contractor who is awarded the contract must submit appropriate documentation with the Department of Finance and Administration, Division of Accounts.

4.9.2. This RFP and its contractor selection processes do not obligate the State and do not create

rights, interests, or claims of entitlement in either the Respondent with the apparent best-evaluated response or any other Respondent. State obligations pursuant to a contract award shall commence only after the contract is signed by the State agency head and the Contractor and after the Contract is approved by all other state officials as required by applicable laws and regulations.

Page 13: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 13

4.9.3. No payment will be obligated or made until the relevant Contract is approved as required by applicable statutes and rules of the State of Tennessee.

4.9.3.1. The State shall not be liable for payment of any type associated with the Contract

resulting from this RFP (or any amendment thereof) or responsible for any goods delivered or services rendered by the Contractor, even goods delivered or services rendered in good faith and even if the Contractor is orally directed to proceed with the delivery of goods or the rendering of services, if it occurs before the Contract start date or after the Contract end date.

4.9.3.2. All payments relating to this procurement will be made in accordance with the Payment

Terms and Conditions of the Contract resulting from this RFP (refer to RFP Attachment 6.6., Pro Forma Contract, Section C).

4.9.3.3. If any provision of the Contract provides direct funding or reimbursement for the

competitive purchase of goods or services as a component of contract performance or otherwise provides for the reimbursement of specified, actual costs, the State will employ all reasonable means and will require all such documentation that it deems necessary to ensure that such purchases were competitive and costs were reasonable, necessary, and actual. The Contractor shall provide reasonable assistance and access related to such review. Further, the State shall not remit, as funding or reimbursement pursuant to such provisions, any amounts that it determines do not represent reasonable, necessary, and actual costs.

4.10. Contractor Performance

The Contractor who is awarded a contract will be responsible for the delivery of all acceptable goods or the satisfactory completion of all services set out in this RFP (including attachments) as may be amended. All goods or services are subject to inspection and evaluation by the State. The State will employ all reasonable means to ensure that goods delivered or services rendered are in compliance with the Contract, and the Contractor must cooperate with such efforts.

4.11. Contract Amendment

After contract award, the State may request the Contractor to deliver additional goods or perform additional services within the general scope of the contract and this RFP, but beyond the specified scope of service, and for which the Contractor may be compensated. In such instances, the State will provide the Contractor a written description of the additional goods or services. The Contractor must respond to the State with a time schedule for delivering the additional goods or accomplishing the additional services based on the compensable units included in the Contractor’s response to this RFP. If the State and the Contractor reach an agreement regarding the goods or services and associated compensation, such agreement must be effected by means of a contract amendment. Further, any such amendment requiring additional goods or services must be signed by both the State agency head and the Contractor and must be approved by other state officials as required by applicable statutes, rules, policies and procedures of the State of Tennessee. The Contractor must not provide additional goods or render additional services until the State has issued a written contract amendment with all required approvals.

4.12. Severability

If any provision of this RFP is declared by a court to be illegal or in conflict with any law, said decision will not affect the validity of the remaining RFP terms and provisions, and the rights and obligations of the State and Respondents will be construed and enforced as if the RFP did not contain the particular provision held to be invalid.

4.13. Next Ranked Respondent

The State reserves the right to initiate negotiations with the next ranked Respondent should the State cease doing business with any Respondent selected via this RFP process.

Page 14: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 14

5. EVALUATION & CONTRACT AWARD 5.1. Evaluation Categories & Maximum Points

The State will consider qualifications, experience, technical approach, and cost in the evaluation of responses and award points in each of the categories detailed below (up to the maximum evaluation points indicated) to each response deemed by the State to be responsive.

EVALUATION CATEGORY MAXIMUM POINTS POSSIBLE

General Qualifications & Experience (refer to RFP Attachment 6.2., Section B) 15

Technical Qualifications, Experience & Approach (refer to RFP Attachment 6.2., Section C) 55

Cost Proposal (refer to RFP Attachment 6.3.) 30

5.2. Evaluation Process

The evaluation process is designed to award the contract resulting from this RFP not necessarily to the Respondent offering the lowest cost, but rather to the Respondent deemed by the State to be responsive and responsible who offers the best combination of attributes based upon the evaluation criteria. (“Responsive Respondent” is defined as a Respondent that has submitted a response that conforms in all material respects to the RFP. “Responsible Respondent” is defined as a Respondent that has the capacity in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance.)

5.2.1. Technical Response Evaluation. The Solicitation Coordinator and the Proposal Evaluation

Team (consisting of three (3) or more State employees) will use the RFP Attachment 6.2., Technical Response & Evaluation Guide to manage the Technical Response Evaluation and maintain evaluation records.

5.2.1.1. The State reserves the right, at its sole discretion, to request Respondent clarification

of a Technical Response or to conduct clarification discussions with any or all Respondents. Any such clarification or discussion will be limited to specific sections of the response identified by the State. The subject Respondent must put any resulting clarification in writing as may be required and in accordance with any deadline imposed by the State.

5.2.1.2. The Solicitation Coordinator will review each Technical Response to determine

compliance with RFP Attachment 6.2., Technical Response & Evaluation Guide, Section A— Mandatory Requirements. If the Solicitation Coordinator determines that a response failed to meet one or more of the mandatory requirements, the Proposal Evaluation Team will review the response and document the team’s determination of whether:

a. the response adequately meets RFP requirements for further evaluation; b. the State will request clarifications or corrections for consideration prior to further

evaluation; or, c. the State will determine the response to be non-responsive to the RFP and reject it.

5.2.1.3. Proposal Evaluation Team members will independently evaluate each Technical

Response (that is responsive to the RFP) against the evaluation criteria in this RFP, and will score each in accordance with the RFP Attachment 6.2., Technical Response & Evaluation Guide.

Page 15: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 15

5.2.1.4. For each response evaluated, the Solicitation Coordinator will calculate the average of the Proposal Evaluation Team member scores for RFP Attachment 6.2., Technical Response & Evaluation Guide, and record each average as the response score for the respective Technical Response section.

5.2.1.5. Before Cost Proposals are opened, the Proposal Evaluation Team will review the

Technical Response Evaluation record and any other available information pertinent to whether or not each Respondent is responsive and responsible. If the Proposal Evaluation Team identifies any Respondent that does not to meet the responsive and responsible thresholds such that the team would not recommend the Respondent for Cost Proposal Evaluation and potential contract award, the team members will fully document the determination.

5.2.2. Cost Proposal Evaluation. The Solicitation Coordinator will open for evaluation the Cost

Proposal of each Respondent deemed by the State to be responsive and responsible and calculate and record each Cost Proposal score in accordance with the RFP Attachment 6.3., Cost Proposal & Scoring Guide.

5.2.3. Total Response Score. The Solicitation Coordinator will calculate the sum of the Technical

Response section scores and the Cost Proposal score and record the resulting number as the total score for the subject Response (refer to RFP Attachment 6.5., Score Summary Matrix).

5.3. Contract Award Process

5.3.1 The Solicitation Coordinator will submit the Proposal Evaluation Team determinations and scores to the head of the procuring agency for consideration along with any other relevant information that might be available and pertinent to contract award.

5.3.2. The procuring agency head will determine the apparent best-evaluated Response. To effect a

contract award to a Respondent other than the one receiving the highest evaluation process score, the head of the procuring agency must provide written justification and obtain the written approval of the Chief Procurement Officer and the Comptroller of the Treasury.

5.3.3. The State will issue a Notice of Intent to Award identifying the apparent best-evaluated response

and make the RFP files available for public inspection at the time and date specified in the RFP Section 2, Schedule of Events. NOTICE: The Notice of Intent to Award shall not create rights, interests, or claims of entitlement in either the apparent best-evaluated Respondent or any other Respondent.

5.3.4. The Respondent identified as offering the apparent best-evaluated response must sign a contract

drawn by the State pursuant to this RFP. The contract shall be substantially the same as the RFP Attachment 6.6., Pro Forma Contract. The Respondent must sign the contract by the Contractor Signature Deadline detailed in the RFP Section 2, Schedule of Events. If the Respondent fails to provide the signed contract by this deadline, the State may determine that the Respondent is non-responsive to this RFP and reject the response.

5.3.5. Notwithstanding the foregoing, the State may, at its sole discretion, entertain limited negotiation

prior to contract signing and, as a result, revise the pro forma contract terms and conditions or performance requirements in the State’s best interests, PROVIDED THAT such revision of terms and conditions or performance requirements shall NOT materially affect the basis of response evaluations or negatively impact the competitive nature of the RFP and contractor selection process.

5.3.6. If the State determines that a response is non-responsive and rejects it after opening Cost

Proposals, the Solicitation Coordinator will re-calculate scores for each remaining responsive Cost Proposal to determine (or re-determine) the apparent best-evaluated response.

Page 16: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 16

RFP ATTACHMENT 6.1.

RFP # 31620-06832 STATEMENT OF CERTIFICATIONS AND ASSURANCES The Respondent must sign and complete the Statement of Certifications and Assurances below as required, and it must be included in the Technical Response (as required by RFP Attachment 6.2., Technical Response & Evaluation Guide, Section A, Item A.1.).

The Respondent does, hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following: 1. The Respondent will comply with all of the provisions and requirements of the RFP. 2. The Respondent will provide all services as defined in the Scope of Services of the RFP Attachment 6.6., Pro Forma

Contract for the total contract period. 3. The Respondent, except as otherwise provided in this RFP, accepts and agrees to all terms and conditions set out in

the RFP Attachment 6.6., Pro Forma Contract. 4. The Respondent acknowledges and agrees that a contract resulting from the RFP shall incorporate, by reference, all

proposal responses as a part of the contract. 5. The Respondent will comply with:

(a) the laws of the State of Tennessee; (b) Title VI of the federal Civil Rights Act of 1964; (c) Title IX of the federal Education Amendments Act of 1972; (d) the Equal Employment Opportunity Act and the regulations issued there under by the federal government; and, (e) the Americans with Disabilities Act of 1990 and the regulations issued there under by the federal government.

6. To the knowledge of the undersigned, the information detailed within the response submitted to this RFP is accurate. 7. The response submitted to this RFP was independently prepared, without collusion, under penalty of perjury. 8. No amount shall be paid directly or indirectly to an employee or official of the State of Tennessee as wages,

compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Respondent in connection with this RFP or any resulting contract.

9. Both the Technical Response and the Cost Proposal submitted in response to this RFP shall remain valid for at least 120 days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract pursuant to the RFP.

By signing this Statement of Certifications and Assurances, below, the signatory also certifies legal authority to bind the proposing entity to the provisions of this RFP and any contract awarded pursuant to it. If the signatory is not the Respondent (if an individual) or the Respondent’s company President or Chief Executive Officer, this document must attach evidence showing the individual’s authority to bind the Respondent.

DO NOT SIGN THIS DOCUMENT IF YOU ARE NOT LEGALLY AUTHORIZED TO BIND THE RESPONDENT

SIGNATURE:

PRINTED NAME & TITLE:

DATE:

RESPONDENT LEGAL ENTITY NAME:

RESPONDENT FEDERAL EMPLOYER IDENTIFICATION NUMBER (or SSN):

Page 17: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 17

RFP ATTACHMENT 6.2. — Section A

TECHNICAL RESPONSE & EVALUATION GUIDE SECTION A: MANDATORY REQUIREMENTS. The Respondent must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below. The Solicitation Coordinator will review the response to determine if the Mandatory Requirement Items are addressed as required and mark each with pass or fail. For each item that is not addressed as required, the Proposal Evaluation Team must review the response and attach a written determination. In addition to the Mandatory Requirement Items, the Solicitation Coordinator will review each response for compliance with all RFP requirements.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section A— Mandatory Requirement Items Pass/Fail

The Response must be delivered to the State no later than the Response Deadline specified in the RFP Section 2, Schedule of Events.

The Technical Response and the Cost Proposal documentation must be packaged separately as required (refer to RFP Section 3.2., et. seq.).

The Technical Response must NOT contain cost or pricing information of any type.

The Technical Response must NOT contain any restrictions of the rights of the State or other qualification of the response.

A Respondent must NOT submit alternate responses (refer to RFP Section 3.3.).

A Respondent must NOT submit multiple responses in different forms (as a prime and a sub-contractor) (refer to RFP Section 3.3.).

A.1. Provide the Statement of Certifications and Assurances (RFP Attachment 6.1.) completed and signed by an individual empowered to bind the Respondent to the provisions of this RFP and any resulting contract. The document must be signed without exception or qualification.

A.2. Provide a statement, based upon reasonable inquiry, of whether the Respondent or any individual who shall cause to deliver goods or perform services under the contract has a possible conflict of interest (e.g., employment by the State of Tennessee) and, if so, the nature of that conflict. NOTE: Any questions of conflict of interest shall be solely within the discretion of the State, and the State reserves the right to cancel any award.

A.3. Provide a current bank reference indicating that the Respondent’s business relationship with the financial institution is in positive standing. Such reference must be written in the form of a standard business letter, signed, and dated within the past three (3) months.

A.4. Provide two current positive credit references from vendors with which the Respondent has done business written in the form of standard business letters, signed, and dated within the past three (3) months.

Page 18: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 18

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section A— Mandatory Requirement Items Pass/Fail

A.5. Provide an official document or letter from an accredited credit bureau, verified and dated within the last three (3) months and indicating a satisfactory credit rating for the Respondent (NOTE: A credit bureau report number without the full report is insufficient and will not be considered responsive.)

State Use – Solicitation Coordinator Signature, Printed Name & Date:

Page 19: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 19

RFP ATTACHMENT 6.2. — SECTION B

TECHNICAL RESPONSE & EVALUATION GUIDE SECTION B: GENERAL QUALIFICATIONS & EXPERIENCE. The Respondent must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below. Proposal Evaluation Team members will independently evaluate and assign one score for all responses to Section B— General Qualifications & Experience Items.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section B— General Qualifications & Experience Items

B.1. Detail the name, e-mail address, mailing address, telephone number, and facsimile number of the person the State should contact regarding the response.

B.2. Describe the Respondent’s form of business (i.e., individual, sole proprietor, corporation, non-profit corporation, partnership, limited liability company) and business location (physical location or domicile).

B.3. Detail the number of years the Respondent has been in business.

B.4. Briefly describe how long the Respondent has been providing the goods or services required by this RFP.

B.5. Describe the Respondent’s number of employees, client base, and location of offices.

B.6. Provide a statement of whether there have been any mergers, acquisitions, or change of control of the Respondent within the last ten (10) years. If so, include an explanation providing relevant details.

B.7. Provide a statement of whether the Respondent or, to the Respondent's knowledge, any of the Respondent’s employees, agents, independent contractors, or subcontractors, involved in the delivery of goods or performance of services on a contract pursuant to this RFP, have been convicted of, pled guilty to, or pled nolo contendere to any felony. If so, include an explanation providing relevant details.

B.8. Provide a statement of whether, in the last ten (10) years, the Respondent has filed (or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors. If so, include an explanation providing relevant details.

B.9. Provide a statement of whether there is any material, pending litigation against the Respondent that the Respondent should reasonably believe could adversely affect its ability to meet contract requirements pursuant to this RFP or is likely to have a material adverse effect on the Respondent’s financial condition. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it would impair the Respondent’s performance in a contract pursuant to this RFP.

NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Respondent must be properly licensed to render such opinions. The State may require the Respondent to submit proof of license for each person or entity that renders such opinions.

B.10. Provide a statement of whether there are any pending or in progress Securities Exchange Commission investigations involving the Respondent. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it will impair the Respondent’s performance in a contract pursuant to this RFP.

Page 20: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP ATTACHMENT 6.2. — SECTION B (continued)

RFP # 31620-06832 PAGE 20

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section B— General Qualifications & Experience Items

NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Respondent must be properly licensed to render such opinions. The State may require the Respondent to submit proof of license for each person or entity that renders such opinions.

B.11. Provide a brief, descriptive statement detailing evidence of the Respondent’s ability to deliver the goods or services sought under this RFP (e.g., prior experience, training, certifications, resources, program and quality management systems, etc.).

B.12. Provide a narrative description of the proposed project team, its members, and organizational structure along with an organizational chart identifying the key people who will be assigned to deliver the goods or services required by this RFP.

B.13. Provide a personnel roster listing the names of key people who the Respondent will assign to meet the Respondent’s requirements under this RFP along with the estimated number of hours that each individual will devote to that performance. Follow the personnel roster with a resume for each of the people listed. The resumes must detail the individual’s title, education, current position with the Respondent, and employment history.

B.14. Provide a statement of whether the Respondent intends to use subcontractors to meet the Respondent’s requirements of any contract awarded pursuant to this RFP, and if so, detail: (a) the names of the subcontractors along with the contact person, mailing address, telephone

number, and e-mail address for each; (b) a description of the scope and portions of the goods each subcontractor involved in the

delivery of goods or performance of the services each subcontractor will perform; and

(c) a statement specifying that each proposed subcontractor has expressly assented to being proposed as a subcontractor in the Respondent’s response to this RFP.

B.15. Provide documentation of the Respondent’s commitment to diversity as represented by the following: (a) Business Strategy. Provide a description of the Respondent’s existing programs and

procedures designed to encourage and foster commerce with business enterprises owned by minorities, women, Tennessee service-disabled veterans, and small business enterprises. Please also include a list of the Respondent’s certifications as a diversity business, if applicable.

(b) Business Relationships. Provide a listing of the Respondent’s current contracts with business enterprises owned by minorities, women, Tennessee service-disabled veterans and small business enterprises. Please include the following information: (i) contract description; (ii) contractor name and ownership characteristics (i.e., ethnicity, gender, Tennessee

service-disabled); (iii) contractor contact name and telephone number.

(c) Estimated Participation. Provide an estimated level of participation by business enterprises owned by minorities, women, Tennessee service-disabled veterans, and small business enterprises if a contract is awarded to the Respondent pursuant to this RFP. Please include the following information: (i) a percentage (%) indicating the participation estimate. (Express the estimated

participation number as a percentage of the total estimated contract value that will be dedicated to business with subcontractors and supply contractors having such ownership characteristics only and DO NOT INCLUDE DOLLAR AMOUNTS);

(ii) anticipated goods or services contract descriptions; (iii) names and ownership characteristics (i.e., ethnicity, gender, Tennessee service-

disabled veterans) of anticipated subcontractors and supply contractors.

Page 21: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP ATTACHMENT 6.2. — SECTION B (continued)

RFP # 31620-06832 PAGE 21

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section B— General Qualifications & Experience Items

NOTE: In order to claim status as a Diversity Business Enterprise under this contract, businesses must be certified by the Governor’s Office of Diversity Business Enterprise (Go-DBE). Please visit the Go-DBE website at https://tn.diversitysoftware.com/FrontEnd/StartCertification.asp?TN=tn&XID=9265 for more information.

(d) Workforce. Provide the percentage of the Respondent’s total current employees by ethnicity and gender.

NOTE: Respondents that demonstrate a commitment to diversity will advance State efforts to expand opportunity to do business with the State as contractors and subcontractors. Response evaluations will recognize the positive qualifications and experience of a Respondent that does business with enterprises owned by minorities, women, Tennessee service-disabled veterans and small business enterprises and who offer a diverse workforce.

B.16. Provide a statement of whether or not the Respondent has any current contracts with the State of Tennessee or has completed any contracts with the State of Tennessee within the previous five (5) year period. If so, provide the following information for all of the current and completed contracts: (a) the name, title, telephone number and e-mail address of the State contact knowledgeable

about the contract; (b) the procuring State agency name; (c) a brief description of the contract’s scope of services; (d) the contract period; and (e) the contract number. NOTES: Current or prior contracts with the State are not a prerequisite and are not required for the

maximum evaluation score, and the existence of such contracts with the State will not automatically result in the addition or deduction of evaluation points.

Each evaluator will generally consider the results of inquiries by the State regarding all contracts noted.

B.17. Provide customer references from individuals who are not current or former State employees for projects similar to the goods or services sought under this RFP and which represent: two (2) accounts Respondent currently services that are similar in size to the State; and three (3) completed projects. References from at least three (3) different individuals are required to satisfy the requirements above, e.g., an individual may provide a reference about a completed project and another reference about a currently serviced account. The standard reference questionnaire, which must be used and completed, is provided at RFP Attachment 6.4. References that are not completed as required may be deemed non-responsive and may not be considered. The Respondent will be solely responsible for obtaining fully completed reference questionnaires and including them in the sealed Technical Response. In order to obtain and submit the completed reference questionnaires follow the process below. (a) Add the Respondent’s name to the standard reference questionnaire at RFP Attachment

6.4. and make a copy for each reference. (b) Send a reference questionnaire and new, standard #10 envelope to each reference. (c) Instruct the reference to:

(i) complete the reference questionnaire; (ii) sign and date the completed reference questionnaire; (iii) seal the completed, signed, and dated reference questionnaire within the envelope

provided;

Page 22: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP ATTACHMENT 6.2. — SECTION B (continued)

RFP # 31620-06832 PAGE 22

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref. Section B— General Qualifications & Experience Items

(iv) sign his or her name in ink across the sealed portion of the envelope; and (v) return the sealed envelope directly to the Respondent (the Respondent may wish to

give each reference a deadline, such that the Respondent will be able to collect all required references in time to include them within the sealed Technical Response).

(d) Do NOT open the sealed references upon receipt. (e) Enclose all sealed reference envelopes within a larger, labeled envelope for inclusion in the

Technical Response as required. NOTES: The State will not accept late references or references submitted by any means other than that

which is described above, and each reference questionnaire submitted must be completed as required.

The State will not review more than the number of required references indicated above. While the State will base its reference check on the contents of the sealed reference

envelopes included in the Technical Response package, the State reserves the right to confirm and clarify information detailed in the completed reference questionnaires, and may consider clarification responses in the evaluation of references.

The State is under no obligation to clarify any reference information.

B.18. Provide a statement and any relevant details addressing whether the Respondent is any of the following:

(a) is presently debarred, suspended, proposed for debarment, or voluntarily excluded from covered transactions by any federal or state department or agency;

(b) has within the past three (3) years, been convicted of, or had a civil judgment rendered against the contracting party from commission of fraud, or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or grant under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(c) is presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) with commission of any of the offenses detailed above; and

has within a three (3) year period preceding the contract had one or more public transactions (federal, state, or local) terminated for cause or default.

SCORE (for all Section B—Qualifications & Experience Items above): (maximum possible score = 15)

State Use – Evaluator Identification:

Page 23: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 23

RFP ATTACHMENT 6.2. — SECTION C

TECHNICAL RESPONSE & EVALUATION GUIDE SECTION C: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH. The Respondent must address all items (below) and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below. A Proposal Evaluation Team, made up of three or more State employees, will independently evaluate and score the response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item:

0 = little value 1 = poor 2 = fair 3 = satisfactory 4 = good 5 = excellent

The Solicitation Coordinator will multiply the Item Score by the associated Evaluation Factor (indicating the relative emphasis of the item in the overall evaluation). The resulting product will be the item’s Raw Weighted Score for purposes of calculating the section score as indicated.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section C— Technical Qualifications, Experience & Approach Items

Item Score

Evaluation Factor

Raw Weighted

Score

C.1. Provide a narrative that illustrates the Respondent’s understanding of the State’s requirements and project schedule.

1

C.2. Provide a narrative that illustrates how the Respondent will complete the scope of services, accomplish required objectives, and meet the State’s project schedule.

1

C.3. Provide a narrative that illustrates how the Respondent will manage the project, ensure completion of the scope of services, and accomplish required objectives within the State’s project schedule.

1

C.4. Provide credentials/certifications of technical expertise, licenses to perform inspections of single family residences. 1

C.5. Provide memberships/affiliations with inspection industry. 1

C.6. Provide other governmental contracts for inspection services. 1

C.7. Provide training received or given in-house or external. 1

C.8. Provide a summary of the past two (2) years total inspections performed, type of inspections and type of buildings.

1

C.9. Provide organizational flow chart with the number of inspections, regions of responsibility, and state of policy for staffing to meet demands of state-wide inspections.

1

C.10. Provide a statement as to how your organization intends to service all 95 counties of the state in order to perform an inspection and deliver a written report within 5 days of notification.

1

C.11. THDA has standardized forms for inspection reports. Provide confirmation that your organization is able to use THDA standardized forms for reporting

1

The Solicitation Coordinator will use this sum and the formula below to calculate the section score. All calculations will use and result in numbers rounded to two (2) places to the right of the decimal point.

Total Raw Weighted Score: (sum of Raw Weighted Scores above)

Page 24: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP ATTACHMENT 6.2. — SECTION C (continued)

RFP # 31620-06832 PAGE 24

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section C— Technical Qualifications, Experience & Approach Items

Item Score

Evaluation Factor

Raw Weighted

Score

Total Raw Weighted Score X 55

(maximum possible score) = SCORE: Maximum Possible Raw Weighted Score (i.e., 5 x the sum of item weights above)

State Use – Evaluator Identification:

State Use – Solicitation Coordinator Signature, Printed Name & Date:

Page 25: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 25

RFP ATTACHMENT 6.3.

COST PROPOSAL & SCORING GUIDE NOTICE: THIS COST PROPOSAL MUST BE COMPLETED EXACTLY AS REQUIRED

COST PROPOSAL SCHEDULE— The Cost Proposal, detailed below, shall indicate the proposed price for goods or services defined in the Scope of Services of the RFP Attachment 6.6., Pro Forma Contract and for the entire contract period. The Cost Proposal shall remain valid for at least one hundred twenty (120) days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract resulting from this RFP. All monetary amounts shall be in U.S. currency and limited to two (2) places to the right of the decimal point.

NOTICE: The Evaluation Factor associated with each cost item is for evaluation purposes only. The evaluation factors do NOT and should NOT be construed as any type of volume guarantee or minimum purchase quantity. The evaluation factors shall NOT create rights, interests, or claims of entitlement in the Respondent.

Notwithstanding the cost items herein, pursuant to the second paragraph of the Pro Forma Contract section C.1. (refer to RFP Attachment 6.6.), “The State is under no obligation to request work from the Contractor in any specific dollar amounts or to request any work at all from the Contractor during any period of this Contract.”

This Cost Proposal must be signed, in the space below, by an individual empowered to bind the Respondent to the provisions of this RFP and any contract awarded pursuant to it. If said individual is not the President or Chief Executive Officer, this document must attach evidence showing the individual’s authority to legally bind the Respondent.

RESPONDENT SIGNATURE:

PRINTED NAME & TITLE:

DATE:

RESPONDENT LEGAL ENTITY NAME:

Cost Item Description Proposed Cost State Use Only

Evaluation Factor

Evaluation Cost (cost x factor)

Initial Inspection $ / UNIT 500

Progress Inspection $ / UNIT 500

Final Inspection $ / UNIT 500

Re-Inspection $ / UNIT 200

No-Show Confirmed Appointment $ / UNIT 100

Audit Inspection $ / UNIT 50

EVALUATION COST AMOUNT (sum of evaluation costs above): The Solicitation Coordinator will use this sum and the formula below to calculate the Cost Proposal Score.

Numbers rounded to two (2) places to the right of the decimal point will be standard for calculations.

lowest evaluation cost amount from all proposals

x 30 (maximum section

score)

= SCORE:

evaluation cost amount being evaluated

Page 26: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template RFP ATTACHMENT 6.3. (continued)

RFP # 31620-06832 PAGE 26

RESPONDENT LEGAL ENTITY NAME:

Cost Item Description Proposed Cost State Use Only

Evaluation Factor

Evaluation Cost (cost x factor)

State Use – Solicitation Coordinator Signature, Printed Name & Date:

Page 27: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 27

RFP ATTACHMENT 6.4.

REFERENCE QUESTIONNAIRE

The standard reference questionnaire provided on the following pages of this attachment MUST be completed by all individuals offering a reference for the Respondent. The Respondent will be solely responsible for obtaining completed reference questionnaires as required (refer to RFP Attachment 6.2., Technical Response & Evaluation Guide, Section B, Item B.17.), and for enclosing the sealed reference envelopes within the Respondent’s Technical Response.

Page 28: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 28

RFP # 31620-06832 REFERENCE QUESTIONNAIRE

REFERENCE SUBJECT: RESPONDENT NAME (completed by Respondent before reference is requested)

The “reference subject” specified above, intends to submit a response to the State of Tennessee in response to the Request for Proposals (RFP) indicated. As a part of such response, the reference subject must include a number of completed and sealed reference questionnaires (using this form). Each individual responding to this reference questionnaire is asked to follow these instructions: complete this questionnaire (either using the form provided or an exact duplicate of this document); sign and date the completed questionnaire; seal the completed, signed, and dated questionnaire in a new standard #10 envelope; sign in ink across the sealed portion of the envelope; and return the sealed envelope containing the completed questionnaire directly to the reference subject.

(1) What is the name of the individual, company, organization, or entity responding to this reference

questionnaire? (2) Please provide the following information about the individual completing this reference

questionnaire on behalf of the above-named individual, company, organization, or entity.

NAME:

TITLE:

TELEPHONE #

E-MAIL ADDRESS:

(3) What goods or services does/did the reference subject provide to your company or organization? (4) What is the level of your overall satisfaction with the reference subject as a vendor of the goods

or services described above?

Please respond by circling the appropriate number on the scale below.

1 2 3 4 5

least satisfied most satisfied

Page 29: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 29

RFP # 31620-06832 REFERENCE QUESTIONNAIRE — PAGE 2

If you circled 3 or less above, what could the reference subject have done to improve that rating? (5) If the goods or services that the reference subject provided to your company or organization are

completed, were the goods or services provided in compliance with the terms of the contract, on time, and within budget? If not, please explain.

(6) If the reference subject is still providing goods or services to your company or organization, are

these goods or services being provided in compliance with the terms of the contract, on time, and within budget? If not, please explain.

(7) How satisfied are you with the reference subject’s ability to perform based on your expectations

and according to the contractual arrangements? (8) In what areas of goods or service delivery does/did the reference subject excel? (9) In what areas of goods or service delivery does/did the reference subject fall short? (10) What is the level of your satisfaction with the reference subject’s project management structures,

processes, and personnel?

Please respond by circling the appropriate number on the scale below.

1 2 3 4 5

least satisfied most satisfied What, if any, comments do you have regarding the score selected above?

Page 30: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 30

RFP # 31620-06832 REFERENCE QUESTIONNAIRE — PAGE 3 (11) Considering the staff assigned by the reference subject to deliver the goods or services described

in response to question 3 above, how satisfied are you with the technical abilities, professionalism, and interpersonal skills of the individuals assigned?

Please respond by circling the appropriate number on the scale below.

1 2 3 4 5

least satisfied most satisfied What, if any, comments do you have regarding the score selected above?

(12) Would you contract again with the reference subject for the same or similar goods or services?

Please respond by circling the appropriate number on the scale below.

1 2 3 4 5

least satisfied most satisfied What, if any, comments do you have regarding the score selected above?

REFERENCE SIGNATURE: (by the individual completing this

request for reference information)

DATE:

(must be the same as the signature across the envelope seal)

Page 31: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 31

RFP ATTACHMENT 6.5.

SCORE SUMMARY MATRIX

RESPONDENT NAME RESPONDENT NAME RESPONDENT NAME

GENERAL QUALIFICATIONS & EXPERIENCE (maximum: 15)

EVALUATOR NAME

EVALUATOR NAME

REPEAT AS NECESSARY

AVERAGE: AVERAGE: AVERAGE:

TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH (maximum: 55)

EVALUATOR NAME

EVALUATOR NAME

REPEAT AS NECESSARY

AVERAGE: AVERAGE: AVERAGE:

COST PROPOSAL (maximum: 30) SCORE: SCORE: SCORE:

TOTAL RESPONSE EVALUATION SCORE:

(maximum: 100)

Solicitation Coordinator Signature, Printed Name & Date:

Page 32: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

RFP # 31620-06832 PAGE 32

RFP ATTACHMENT 6.6.

RFP # 31620-06832 PRO FORMA CONTRACT

The Pro Forma Contract detailed in following pages of this exhibit contains some “blanks” (signified by descriptions in capital letters) that will be completed with appropriate information in the final contract resulting from the RFP.

Page 33: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 1

CONTRACT BETWEEN THE STATE OF TENNESSEE,

TENNESSEE HOUSING DEVELOPMENT AGENCY AND

CONTRACTOR NAME This Contract, by and between the State of Tennessee, Tennessee Housing Development Agency (“State”) and Contractor Legal Entity Name (“Contractor”), is for the provision of state-wide Community Programs HOME Quality Assurance Inspection Services, as further defined in the "SCOPE." State and Contractor may be referred to individually as a “Party” or collectively as the “Parties” to this Contract. The Contractor is a/an Individual, For-Profit Corporation, Non-Profit Corporation, Special Purpose Corporation Or Association, Partnership, Joint Venture, Or Limited Liability Company. Contractor Place of Incorporation or Organization: Location Contractor Edison Registration ID # Number A. SCOPE: A.1. The Contractor shall provide all goods or services and deliverables as required, described, and detailed

below and shall meet all service and delivery timelines as specified by this Contract. A.2. Purpose. The Tennessee Housing Development Agency (“THDA”) manages the HOME Investment

Partnerships Program grant funding from the Department of Housing and Urban Development (“HUD”). The THDA HOME program funds projects undertaken by local governments and non-profit organizations (“Administrator of the Grant” or “Grantee”) to construct and rehabilitate housing units (“unit”) for eligible low and moderate income households (“Owner”) located throughout the state in all ninety five (95) counties. Upon completion, units approved for participation must comply with local code and in the absence of local code must comply with either the State adopted International Residential Code or the International Building Code for new construction or the International Existing Building Code for rehabilitations.

As part of the requirements for managing the grant, three (3) types of on-site physical inspections (“Quality Assurance (QA) Inspections”) are required to determine compliance with Section 24 CFR 92.251 (property standards) and HUD’s Uniform Physical Condition Standards (“UPCS”): a. The initial inspection is to be conducted on-site with the grantee’s representative to verify the

completed UPCS inspection checklist report is an accurate representation of the existing condition of the unit.

b. The progress inspection is to be conducted on-site, midway through the construction schedule, to

verify the construction activities up to this point comply with the construction documents and industry workmanship quality standards.

c. The final inspection will be conducted on-site upon completion of all construction activities to verify

the project is completed per the construction documents, code, industry workmanship quality standards, and satisfies the deficiencies on the original UPCS inspection checklist report.

A.3. Definitions.

a. QA “Quality Assurance” Inspector (otherwise referred to as the “Contractor” to this Contract)- THDA’s third party inspector for on-site inspection verification of work

b. Administrator of the Grant (or Grantee)- the local governments or non-profit organizations receiving HOME Program funds. c. Project Inspector- Grantee’s consultant to evaluate/inspect the house and create the work write-up.

Page 34: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 2

d. DFOW- Definable Feature of Work, activities specific to each trade (i.e. HVAC, plumbing, electrical, framing, roofing, etc…).

A.4. Scheduling Inspections. The general criteria for QA Inspection appointment timeframes are that they

may not exceed a three (3) hour window. Preferably, QA Inspection appointment times will be scheduled in advance. QA Inspections should not be conducted outside the specified timeframe.

a. Initial Inspections Scheduling:

(1) The Administrator of the Grant will coordinate the initial QA Inspection with the owner, project

inspector, contractor and THDA. Inspection information will be delivered to a THDA representative as agreed upon. The initial inspection report form will be provided by THDA that includes; name of owner, grantee administrator, and Project Inspector, date of inspection, address, and UPCS checklist.

(2) The Administrator will contact the QA Inspector or their designee by telephone and/or email to request an initial inspection within twenty four (24) hours of receipt of the request for initial inspection notice from the Project Inspector to schedule the initial inspection.

(3) Once contact is made with the QA Inspector or their designee, an initial inspection will be scheduled by the QA Inspector within forty eight (48) hours (excluding observed holidays) of the contact date.

(4) If the QA Inspector is unable to reach the Project Inspector or a designee after three (3) attempts within forty eight (48) hours, the QA Inspector will contact the Administrator and the designated person at THDA.

(5) If the Project Inspector or designee misses the initial inspection appointment, a second appointment may only be scheduled with the permission of the Administrator.

(6) If the Project Inspector changes their mind about a unit’s readiness, the Administrator will contact the QA Inspector to determine if the initial inspection is scheduled and can be rescheduled. In cases where the initial inspection has not been scheduled or conducted, the Administrator will notify the QA Inspector to cancel the initial inspection with the Project Inspector or designee and send a canceled inspection notification to THDA via email.

b. Progress Inspections Scheduling:

(1) The Administrator of the Grant will coordinate the progress QA Inspection with the owner, Project Inspector, contractor and THDA. Inspection information will be delivered to a THDA representative as agreed upon. The inspection report form (same as the initial inspection) will be provided by THDA that includes; name of owner, grantee, administrator, and Project Inspector, date of inspection, and address.

(2) The Administrator will contact the QA Inspector or their designee by telephone and/or email to request a progress inspection within twenty four (24) hours of receipt of the request for progress inspection notice from the Project Inspector to schedule the progress inspection.

(3) Once contact is made with the QA Inspector or their designee, a progress inspection will be scheduled by the QA Inspector within forty eight (48) hours (excluding observed holidays) of the contact date.

(4) If the QA Inspector is unable to reach the Project Inspector or a designee after three (3) attempts within forty eight (48) hours, the QA Inspector will contact the Administrator and designated person at THDA.

Page 35: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 3

(5) If the Project Inspector or designee misses the progress inspection appointment, a second appointment may only be scheduled with the permission of the Administrator.

(6) If, after scheduling a progress QA Inspection, the Project Inspector determines that the unit is not ready for inspection, the Administrator will contact the QA Inspector to determine if the progress inspection can be rescheduled. In cases where the progress inspection has not been scheduled or conducted, the Administrator will notify the QA Inspector to cancel the inspection with the Project Inspector or designee and send a canceled inspection notification to THDA via email.

c. Final Inspections Scheduling:

(1) The Administrator of the Grant will coordinate the final QA Inspection with the owner, Project Inspector, contractor and THDA. Inspection information will be delivered to a THDA representative as agreed upon. The inspection report form (same as the initial inspection form) will be provided by THDA that includes; name of owner, grantee, administrator, and Project Inspector, date of inspection, address, inspector’s name, and UPCS checklist.

(2) The Administrator will contact the QA Inspector or their designee by telephone and/or email to request a final inspection within twenty four (24) hours of receipt of the request for final inspection notice from the Project Inspector to schedule the final inspection.

(3) Once the contact is made with the QA Inspector or their designee, an inspection will be scheduled within forty eight (48) hours (excluding observed holidays) of the contact date.

(4) If the QA Inspector is unable to reach the Project Inspector or a designee after three (3) attempts within forty eight (48) hours, the QA Inspector will contact the Administrator and designated person at THDA.

(5) If the Project Inspector or designee misses the final inspection appointment, a second appointment may only be scheduled with the permission of the Administrator.

(6) If, after scheduling the final QA Inspection, the Project Inspector determines that the unit is not yet ready for inspection, the Administrator will contact the QA Inspector to determine if the inspection can be rescheduled. In cases where the inspection has not been scheduled or conducted, the Administrator will notify the QA Inspector to cancel the final inspection with the Project Inspector or designee and send a canceled inspection notification to THDA via email.

d. Re-inspections Scheduling:

(1) The Administrator is responsible for scheduling with the owner, Project Inspector, contractor, and THDA or designee a re-inspection for all inspections (including initial, progress, and final) where fail items are found. The QA Inspector will conduct a re-inspection (upon request) within forty eight (48) hours of notification by the Administrator or designee that the unit is ready for re-inspection (excluding observed holidays).

(2) Re-inspections will be determined upon a case by case basis determined by the Administrator and/or THDA. Not all inspections will require a re-inspection to verify the original inspection findings have been addressed.

(3) The unit must pass the first re-inspection for approval. Additional re-inspections are not allowed without approval by the Administrator and THDA representative.

A.5. General Criteria for all inspection types.

Page 36: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 4

a. Inspections must be conducted in compliance with section 24 CFR 92.251, supplemental HUD guidance and Public and Indian Housing Notices related to UPCS, the Lead Safe Housing Regulations at 24 CFR Part 35, Subparts A,B, M and R, the THDA minimum design standards for new and rehabilitation of single family & multifamily housing units and industry best practices.

b. Inspection results must be recorded in a written narrative report form, that will be provided by THDA, of findings referencing the original UPCS inspection checklist with review remarks, Definable Feature of Work (DFOW) checklists as applicable, and phots of the site.

c. The Project Inspector must verify deficiencies identified on the UPCS checklist completed by the project inspector and assess any repair, defects or failed item to be corrected or replaced. THDA Design standards, Inspectors Guide for UPCS checklist, dictionary of Deficiency Definitions, ICC codes and manufacturers installation instructions are to be used for guidance decisions.

d. The QA Inspector must assess whether a repair is a life-threatening emergency using HUD guidance and notify the representative on site immediately.

A.6. Inspection Results. The general criteria for all inspection results are that QA Inspector will complete a narrative inspection report referencing the original UPCS checklist for each day inspections are conducted which includes: name of owner, grantee, Administrator, Project Inspector, property address, date of inspection, summary of inspection, and photos. This report is to be emailed to THDA and the Administrator.

a. Initial Inspection Results: The QA Inspector will provide an initial inspection report to THDA and the Administrator within twenty four (24) hours of the inspection date. The narrative report must include either an “agree” or “disagree” designation for each inspectable item and describe with sufficient detail the reason an inspectable item received a “disagree” designation to allow for appropriate repair. The report shall also include any recommendations based on the UPCS inspection report to bring the unit up to minimum acceptable standards to safeguard the occupant’s safety, health and general welfare.

(1) The QA Inspector will also provide, upon request, a follow-up report to THDA and Administrator for any questionable items that would need further research or investigation, within twenty four (24) hours of the findings.

(2) The QA Inspector is to verify whether any jurisdictions having authority (JHA) permits, testing, and third party requirements are present and/or completed as part of the inspection process.

b. Progress Inspection Results: The QA Inspector will provide a progress inspection report to THDA and Administrator within twenty four (24) hours of the inspection date. The narrative report must include either an “agree” or “disagree” designation for each inspectable item and describe with sufficient detail the reason an inspectable item received a “disagree” designation to allow for appropriate repair.

(1) The QA Inspector will also provide, upon request, a re-inspection report to THDA and Administrator for any re-inspection of items with “disagree” designation within twenty four (24) hours of the re-inspection date.

(2) The QA Inspector is to verify JHA permits/sign-off, testing results, and third party certifications are completed as part of the inspection process.

c. Final Inspection Results: The QA Inspector will provide a final inspection report to THDA and Administrator within twenty four (24) hours of the inspection date. The narrative report must include either an “agree” or “disagree” designation of the inspectable items, and describe with sufficient detail the reason an inspectable item received a “disagree” designation to allow for appropriate repair.

Page 37: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 5

(1) The QA Inspector will also provide, upon request, a re-inspection report to THDA and Administrator for any re-inspection of items with “disagree” designation within twenty four (24) hours of the re-inspection date.

(2) The QA Inspector is to verify JHA permits/sign-off, testing results, and third party certifications as part of the inspection process.

A.7. Document Retention. The QA Inspector will maintain an electronic (scanned) copy of the scheduled Inspections request, inspection log, inspection reports and all other relevant communication or documents. The documents must be accessible via hard copy and electronic file format (PDF). The QA Inspector will maintain all project documents (inspection requests, completed UPCS Inspection Checklist, agree or disagree result reports and any other document related to the inspection) and allow THDA access to view or print the documents for a period of five (5) years after the inspection date.

A.8. Audit Inspections. Upon the sole discretion of THDA, THDA may perform and /or request the QA Inspector provide audit inspections for quality control purposes. Audit inspections must involve a random selection of units (percent to be identified by THDA) and may not be conducted by the inspector who conducted the most recent full inspection of the unit. Units included in audit inspections must have been inspected within the past three (3) months. Inspection criteria for audit inspections are the same as identified above. Inspection results follow the same procedures as outlined under general criteria and final inspection criteria, other than the inspection must be identified in the QA Inspector’s report as an audit or section inspection.

A.9. Special Considerations. If at any time HUD converts or changes the physical inspection standards for the HOME program to another standard, such as a new version of the UPCS, the Contractor must comply with the new requirements when conducting physical inspections under this Contract within a reasonable time frame as determined by THDA and the QA Inspector. In the event of a HUD required standard change, HUD will offer lead time for transition.

A.10. Warranty. Contractor represents and warrants that the term of the warranty (“Warranty Period”) shall

be the greater of the Term of this Contract or any other warranty general offered by Contractor, its suppliers, or manufacturers to customers of its goods or services. The goods or services provided under this Contract shall conform to the terms and conditions of this Contract throughout the Warranty Period. Any nonconformance of the goods or services to the terms and conditions of this Contract shall constitute a “Defect” and shall be considered “Defective.” If Contractor receives notice of a Defect during the Warranty Period, then Contractor shall correct the Defect, at no additional charge.

Contractor represents and warrants that the State is authorized to possess and use all equipment,

materials, software, and deliverables provided under this Contract. Contractor represents and warrants that all goods or services provided under this Contract shall be

provided in a timely and professional manner, by qualified and skilled individuals, and in conformity with standards generally accepted in Contractor’s industry.

If Contractor fails to provide the goods or services as warranted, then Contractor will re-provide the

goods or services at no additional charge. If Contractor is unable or unwilling to re-provide the goods or services as warranted, then the State shall be entitled to recover the fees paid to Contractor for the Defective goods or services. Any exercise of the State’s rights under this Section shall not prejudice the State’s rights to seek any other remedies available under this Contract or applicable law.

A.11. Inspection and Acceptance. The State shall have the right to inspect all goods or services provided by

Contractor under this Contract. If, upon inspection, the State determines that the goods or services are Defective, the State shall notify Contractor, and Contractor shall re-deliver the goods or provide the services at no additional cost to the State. If after a period of thirty (30) days following delivery of goods or performance of services the State does not provide a notice of any Defects, the goods or services shall be deemed to have been accepted by the State.

Page 38: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 6

B. TERM OF CONTRACT: B.1. Initial Term. This Contract shall be effective on DATE (“Effective Date”) and extend for a period of

thirty six (36) months after the Effective Date (“Term”). The State shall have no obligation for goods or services provided by the Contractor prior to the Effective Date.

B.2. Renewal Options. This Contract may be renewed upon satisfactory completion of the Term. The State

reserves the right to execute up to two (2) renewal options under the same terms and conditions for a period not to exceed twelve (12) months each by the State, at the State's sole option. In no event, however, shall the maximum Term, including all renewals or extensions, exceed a total of sixty (60) months.

C. PAYMENT TERMS AND CONDITIONS: C.1. Maximum Liability. In no event shall the maximum liability of the State under this Contract exceed

WRITTEN dollars and cents ($Number) (“Maximum Liability”). This Contract does not grant the Contractor any exclusive rights. The State does not guarantee that it will buy any minimum quantity of goods or services under this Contract. Subject to the terms and conditions of this Contract, the Contractor will only be paid for goods or services provided under this Contract after a purchase order is issued to Contractor by the State or as otherwise specified by this Contract.

C.2. Compensation Firm. The payment methodology in Section C.3. of this Contract shall constitute the

entire compensation due the Contractor for all goods or services provided under this Contract regardless of the difficulty, materials or equipment required. The payment methodology includes all applicable taxes, fees, overhead, and all other direct and indirect costs incurred or to be incurred by the Contractor.

C.3. Payment Methodology. The Contractor shall be compensated based on the payment methodology for

goods or services authorized by the State in a total amount as set forth in Section C.1.

a. The Contractor’s compensation shall be contingent upon the satisfactory provision of goods or services as set forth in Section A.

b. The Contractor shall be compensated based upon the following payment methodology:

Goods or Services Description Amount (per compensable increment)

Initial Inspection $ Number each

Progress Inspection $ Number each

Final Inspection $ Number each

Re-Inspection $ Number each

No Show Confirmed Appointment $ Number each

Audit Inspection $ Number each C.4. Travel Compensation. The Contractor shall not be compensated or reimbursed for travel time, travel

expenses, meals, or lodging. C.5. Invoice Requirements. The Contractor shall invoice the State only for goods delivered and accepted by

the State or services satisfactorily provided at the amounts stipulated in Section C.3., above. Contractor shall submit invoices and necessary supporting documentation, no more frequently than once a month, and no later than thirty (30) days after goods or services have been provided to the following address:

Page 39: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 7

Tennessee Housing Development Agency

Andrew Jackson Building 502 Deaderick St., Third Floor Nashville, TN 37243

a. Each invoice, on Contractor’s letterhead, shall clearly and accurately detail all of the following

information (calculations must be extended and totaled correctly):

(1) Invoice number (assigned by the Contractor); (2) Invoice date; (3) Contract number (assigned by the State); (4) Customer account name: THDA: HOME Program; (5) Customer account number (assigned by the Contractor to the above-referenced Customer); (6) Contractor name; (7) Contractor Tennessee Edison registration ID number; (8) Contractor contact for invoice questions (name, phone, or email); (9) Contractor remittance address; (10) Description of delivered goods or services provided and invoiced, including identifying

information as applicable; (11) Number of delivered or completed units, increments, hours, or days as applicable, of each

good or service invoiced; (12) Applicable payment methodology (as stipulated in Section C.3.) of each good or service

invoiced; (13) Amount due for each compensable unit of good or service; and (14) Total amount due for the invoice period.

b. Contractor’s invoices shall:

(1) Only include charges for goods delivered or services provided as described in Section A

and in accordance with payment terms and conditions set forth in Section C; (2) Only be submitted for goods delivered or services completed and shall not include any

charge for future goods to be delivered or services to be performed; (3) Not include Contractor’s taxes, which includes without limitation Contractor’s sales and use

tax, excise taxes, franchise taxes, real or personal property taxes, or income taxes; and (4) Include shipping or delivery charges only as authorized in this Contract.

c. The timeframe for payment (or any discounts) begins only when the State is in receipt of an

invoice that meets the minimum requirements of this Section C.5. C.6. Payment of Invoice. A payment by the State shall not prejudice the State's right to object to or question

any payment, invoice, or other matter. A payment by the State shall not be construed as acceptance of goods delivered, any part of the services provided, or as approval of any amount invoiced.

C.7. Invoice Reductions. The Contractor's invoice shall be subject to reduction for amounts included in any

invoice or payment that is determined by the State, on the basis of audits conducted in accordance with the terms of this Contract, to not constitute proper compensation for goods delivered or services provided.

C.8. Deductions. The State reserves the right to deduct from amounts, which are or shall become due and

payable to the Contractor under this or any contract between the Contractor and the State of Tennessee, any amounts that are or shall become due and payable to the State of Tennessee by the Contractor.

C.9. Prerequisite Documentation. The Contractor shall not invoice the State under this Contract until the

State has received the following, properly completed documentation.

Page 40: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 8

a. The Contractor shall complete, sign, and present to the State the "Authorization Agreement for Automatic Deposit Form" provided by the State. By doing so, the Contractor acknowledges and agrees that, once this form is received by the State, payments to the Contractor, under this or any other contract the Contractor has with the State of Tennessee, may be made by ACH; and

b. The Contractor shall complete, sign, and return to the State the State-provided W-9 form. The

taxpayer identification number on the W-9 form must be the same as the Contractor's Federal Employer Identification Number or Social Security Number referenced in the Contractor’s Edison registration information.

D. MANDATORY TERMS AND CONDITIONS: D.1. Required Approvals. The State is not bound by this Contract until it is duly approved by the Parties and

all appropriate State officials in accordance with applicable Tennessee laws and regulations. Depending upon the specifics of this Contract, this may include approvals by the Commissioner of Finance and Administration, the Commissioner of Human Resources, the Comptroller of the Treasury, and the Chief Procurement Officer. Approvals shall be evidenced by a signature or electronic approval.

D.2. Communications and Contacts. All instructions, notices, consents, demands, or other communications

required or contemplated by this Contract shall be in writing and shall be made by certified, first class mail, return receipt requested and postage prepaid, by overnight courier service with an asset tracking system, or by email or facsimile transmission with recipient confirmation. All communications, regardless of method of transmission, shall be addressed to the respective Party at the appropriate mailing address, facsimile number, or email address as stated below or any other address provided in writing by a Party. The State: State Contact Name & Title Tennessee Housing Development Agency

Andrew Jackson Building, 502 Deaderick St., Third Floor, Nashville, TN 37243 Email Address Telephone # Number FAX # Number The Contractor: Contractor Contact Name & Title Contractor Name Address Email Address Telephone # Number FAX # Number All instructions, notices, consents, demands, or other communications shall be considered effective upon receipt or recipient confirmation as may be required.

D.3. Modification and Amendment. This Contract may be modified only by a written amendment signed by

all Parties and approved by all applicable State officials. The State’s exercise of a valid Renewal Option or Term Extension does not constitute an amendment so long as there are no other changes to the Contract’s terms and conditions.

D.4. Subject to Funds Availability. The Contract is subject to the appropriation and availability of State or

federal funds. In the event that the funds are not appropriated or are otherwise unavailable, the State reserves the right to terminate this Contract upon written notice to the Contractor. The State’s exercise of its right to terminate this Contract shall not constitute a breach of Contract by the State. Upon receipt

Page 41: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 9

of the written notice, the Contractor shall cease all work associated with the Contract. If the State terminates this Contract due to lack of funds availability, the Contractor shall be entitled to compensation for all conforming goods requested and accepted by the State and for all satisfactory and authorized services completed as of the termination date. Should the State exercise its right to terminate this Contract due to unavailability of funds, the Contractor shall have no right to recover from the State any actual, general, special, incidental, consequential, or any other damages of any description or amount.

D.5. Termination for Convenience. The State may terminate this Contract for convenience without cause

and for any reason. The State shall give the Contractor at least thirty (30) days written notice before the termination date. The Contractor shall be entitled to compensation for all conforming goods delivered and accepted by the State or for satisfactory, authorized services completed as of the termination date. In no event shall the State be liable to the Contractor for compensation for any goods neither requested nor accepted by the State or for any services neither requested by the State nor satisfactorily performed by the Contractor. In no event shall the State’s exercise of its right to terminate this Contract for convenience relieve the Contractor of any liability to the State for any damages or claims arising under this Contract.

D.6. Termination for Cause. If the Contractor fails to properly perform its obligations under this Contract in a

timely or proper manner, or if the Contractor materially violates any terms of this Contract (“Breach Condition”), the State shall have the right to immediately terminate the Contract and withhold payments in excess of compensation for completed services or provided goods. Notwithstanding the above, the Contractor shall not be relieved of liability to the State for damages sustained by virtue of any Breach Condition and the State may seek other remedies allowed at law or in equity for breach of this Contract.

D.7. Assignment and Subcontracting. The Contractor shall not assign this Contract or enter into a

subcontract for any of the goods or services provided under this Contract without the prior written approval of the State. Notwithstanding any use of the approved subcontractors, the Contractor shall be the prime contractor and responsible for compliance with all terms and conditions of this Contract. The State reserves the right to request additional information or impose additional terms and conditions before approving an assignment of this Contract in whole or in part or the use of subcontractors in fulfilling the Contractor’s obligations under this Contract.

D.8. Conflicts of Interest. The Contractor warrants that no part of the Contractor’s compensation shall be

paid directly or indirectly to an employee or official of the State of Tennessee as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Contractor in connection with any work contemplated or performed under this Contract. The Contractor acknowledges, understands, and agrees that this Contract shall be null and void if the Contractor is, or within the past six (6) months has been, an employee of the State of Tennessee or if the Contractor is an entity in which a controlling interest is held by an individual who is, or within the past six (6) months has been, an employee of the State of Tennessee.

D.9. Equal Opportunity. During the performance of this Contract, the Contractor agrees as follows:

a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following:

(1) Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; (2) Layoff or termination; (3) Rates of pay or other forms of compensation; and (4) Selection for training, including apprenticeship.

Page 42: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 10

The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.

b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

c. If the State approves any subcontract, the subcontract shall include paragraphs (a) and (b) above. D.10. Prohibition of Illegal Immigrants. The requirements of Tenn. Code Ann. § 12-3-309 addressing the use

of illegal immigrants in the performance of any contract to supply goods or services to the state of Tennessee, shall be a material provision of this Contract, a breach of which shall be grounds for monetary and other penalties, up to and including termination of this Contract.

a. The Contractor agrees that the Contractor shall not knowingly utilize the services of an illegal

immigrant in the performance of this Contract and shall not knowingly utilize the services of any subcontractor who will utilize the services of an illegal immigrant in the performance of this Contract. The Contractor shall reaffirm this attestation, in writing, by submitting to the State a completed and signed copy of the document at Attachment A, semi-annually during the Term. If the Contractor is a party to more than one contract with the State, the Contractor may submit one attestation that applies to all contracts with the State. All Contractor attestations shall be maintained by the Contractor and made available to State officials upon request.

b. Prior to the use of any subcontractor in the performance of this Contract, and semi-annually

thereafter, during the Term, the Contractor shall obtain and retain a current, written attestation that the subcontractor shall not knowingly utilize the services of an illegal immigrant to perform work under this Contract and shall not knowingly utilize the services of any subcontractor who will utilize the services of an illegal immigrant to perform work under this Contract. Attestations obtained from subcontractors shall be maintained by the Contractor and made available to State officials upon request.

c. The Contractor shall maintain records for all personnel used in the performance of this

Contract. Contractor’s records shall be subject to review and random inspection at any reasonable time upon reasonable notice by the State.

d. The Contractor understands and agrees that failure to comply with this section will be subject to

the sanctions of Tenn. Code Ann. § 12-3-309 for acts or omissions occurring after its effective date.

e. For purposes of this Contract, "illegal immigrant" shall be defined as any person who is not: (i) a

United States citizen; (ii) a Lawful Permanent Resident; (iii) a person whose physical presence in the United States is authorized; (iv) allowed by the federal Department of Homeland Security and who, under federal immigration laws or regulations, is authorized to be employed in the U.S.; or (v) is otherwise authorized to provide services under the Contract.

D.11. Records. The Contractor shall maintain documentation for all charges under this Contract. The books,

records, and documents of the Contractor, for work performed or money received under this Contract, shall be maintained for a period of five (5) full years from the date of the final payment and shall be subject to audit at any reasonable time and upon reasonable notice by the State, the Comptroller of the Treasury, or their duly appointed representatives. The financial statements shall be prepared in accordance with generally accepted accounting principles.

D.12. Monitoring. The Contractor’s activities conducted and records maintained pursuant to this Contract

shall be subject to monitoring and evaluation by the State, the Comptroller of the Treasury, or their duly appointed representatives.

Page 43: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 11

D.13. Progress Reports. The Contractor shall submit brief, periodic, progress reports to the State as requested.

D.14. Strict Performance. Failure by any Party to this Contract to require, in any one or more cases, the strict

performance of any of the terms, covenants, conditions, or provisions of this Contract shall not be construed as a waiver or relinquishment of any term, covenant, condition, or provision. No term or condition of this Contract shall be held to be waived, modified, or deleted except by a written amendment signed by the Parties.

D.15. Independent Contractor. The Parties shall not act as employees, partners, joint venturers, or

associates of one another. The Parties are independent contracting entities. Nothing in this Contract shall be construed to create an employer/employee relationship or to allow either Party to exercise control or direction over the manner or method by which the other transacts its business affairs or provides its usual services. The employees or agents of one Party are not employees or agents of the other Party.

D.16 Patient Protection and Affordable Care Act. The Contractor agrees that it will be responsible for

compliance with the Patient Protection and Affordable Care Act (“PPACA”) with respect to itself and its employees, including any obligation to report health insurance coverage, provide health insurance coverage, or pay any financial assessment, tax, or penalty for not providing health insurance. The Contractor shall indemnify the State and hold it harmless for any costs to the State arising from Contractor’s failure to fulfill its PPACA responsibilities for itself or its employees.

D.17. Limitation of State’s Liability. The State shall have no liability except as specifically provided in this

Contract. In no event will the State be liable to the Contractor or any other party for any lost revenues, lost profits, loss of business, decrease in the value of any securities or cash position, time, money, goodwill, or any indirect, special, incidental, punitive, exemplary or consequential damages of any nature, whether based on warranty, contract, statute, regulation, tort (including but not limited to negligence), or any other legal theory that may arise under this Contract or otherwise. The State’s total liability under this Contract (including any exhibits, schedules, amendments or other attachments to the Contract) or otherwise shall under no circumstances exceed the Maximum Liability. This limitation of liability is cumulative and not per incident.

D.18. Limitation of Contractor’s Liability. In accordance with Tenn. Code Ann. § 12-3-701, the Contractor’s

liability for all claims arising under this Contract shall be limited to an amount equal to two (2) times the Maximum Liability amount detailed in Section C.1. and as may be amended, PROVIDED THAT in no event shall this Section limit the liability of the Contractor for: (i) intellectual property or any Contractor indemnity obligations for infringement for third-party intellectual property rights; (ii) any claims covered by any specific provision in the Contract providing for liquidated damages; or (iii) any claims for intentional torts, criminal acts, fraudulent conduct, or acts or omissions that result in personal injuries or death.

D.19. Hold Harmless. The Contractor agrees to indemnify and hold harmless the State of Tennessee as well

as its officers, agents, and employees from and against any and all claims, liabilities, losses, and causes of action which may arise, accrue, or result to any person, firm, corporation, or other entity which may be injured or damaged as a result of acts, omissions, or negligence on the part of the Contractor, its employees, or any person acting for or on its or their behalf relating to this Contract. The Contractor further agrees it shall be liable for the reasonable cost of attorneys for the State to enforce the terms of this Contract. In the event of any suit or claim, the Parties shall give each other immediate notice and provide all necessary assistance to respond. The failure of the State to give notice shall only relieve the Contractor of its obligations under this Section to the extent that the Contractor can demonstrate actual prejudice arising from the failure to give notice. This Section shall not grant the Contractor, through its attorneys, the right to represent the State in any legal matter, as the right to represent the State is governed by Tenn. Code Ann. § 8-6-106.

Page 44: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 12

D.20. HIPAA Compliance. The State and Contractor shall comply with obligations under the Health Insurance

Portability and Accountability Act of 1996 (“HIPAA”), Health Information Technology for Economic and Clinical Health (“HITECH”) Act and any other relevant laws and regulations regarding privacy (collectively the “Privacy Rules”). The obligations set forth in this Section shall survive the termination of this Contract.

a. Contractor warrants to the State that it is familiar with the requirements of the Privacy Rules,

and will comply with all applicable requirements in the course of this Contract. b. Contractor warrants that it will cooperate with the State, including cooperation and coordination

with State privacy officials and other compliance officers required by the Privacy Rules, in the course of performance of the Contract so that both parties will be in compliance with the Privacy Rules.

c. The State and the Contractor will sign documents, including but not limited to business

associate agreements, as required by the Privacy Rules and that are reasonably necessary to keep the State and Contractor in compliance with the Privacy Rules. This provision shall not apply if information received or delivered by the parties under this Contract is NOT “protected health information” as defined by the Privacy Rules, or if the Privacy Rules permit the parties to receive or deliver the information without entering into a business associate agreement or signing another document.

d. The Contractor will indemnify the State and hold it harmless for any violation by the Contractor

or its subcontractors of the Privacy Rules. This includes the costs of responding to a breach of protected health information, the costs of responding to a government enforcement action related to the breach, and any fines, penalties, or damages paid by the State because of the violation.

D.21. Tennessee Consolidated Retirement System. Subject to statutory exceptions contained in Tenn. Code

Ann. §§ 8-36-801, et seq., the law governing the Tennessee Consolidated Retirement System (“TCRS”), provides that if a retired member of TCRS, or of any superseded system administered by TCRS, or of any local retirement fund established under Tenn. Code Ann. §§ 8-35-101, et seq., accepts State employment, the member's retirement allowance is suspended during the period of the employment. Accordingly and notwithstanding any provision of this Contract to the contrary, the Contractor agrees that if it is later determined that the true nature of the working relationship between the Contractor and the State under this Contract is that of “employee/employer” and not that of an independent contractor, the Contractor, if a retired member of TCRS, may be required to repay to TCRS the amount of retirement benefits the Contractor received from TCRS during the Term.

D.22. Tennessee Department of Revenue Registration. The Contractor shall comply with all applicable

registration requirements contained in Tenn. Code Ann. §§ 67-6-601 – 608. Compliance with applicable registration requirements is a material requirement of this Contract.

D.23. Debarment and Suspension. The Contractor certifies, to the best of its knowledge and belief, that it, its

current and future principals, its current and future subcontractors and their principals:

a. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department or agency;

b. have not within a three (3) year period preceding this Contract been convicted of, or had a civil

judgment rendered against them from commission of fraud, or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or grant under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property;

Page 45: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 13

c. are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) with commission of any of the offenses detailed in section b. of this certification; and

d. have not within a three (3) year period preceding this Contract had one or more public

transactions (federal, state, or local) terminated for cause or default. The Contractor shall provide immediate written notice to the State if at any time it learns that there was an earlier failure to disclose information or that due to changed circumstances, its principals or the principals of its subcontractors are excluded or disqualified.

D.24. Force Majeure. “Force Majeure Event” means fire, flood, earthquake, elements of nature or acts of

God, wars, riots, civil disorders, rebellions or revolutions, acts of terrorism or any other similar cause beyond the reasonable control of the Party except to the extent that the non-performing Party is at fault in failing to prevent or causing the default or delay, and provided that the default or delay cannot reasonably be circumvented by the non-performing Party through the use of alternate sources, workaround plans or other means. A strike, lockout or labor dispute shall not excuse either Party from its obligations under this Contract. Except as set forth in this Section, any failure or delay by a Party in the performance of its obligations under this Contract arising from a Force Majeure Event is not a default under this Contract or grounds for termination. The non-performing Party will be excused from performing those obligations directly affected by the Force Majeure Event, and only for as long as the Force Majeure Event continues, provided that the Party continues to use diligent, good faith efforts to resume performance without delay. The occurrence of a Force Majeure Event affecting Contractor’s representatives, suppliers, subcontractors, customers or business apart from this Contract is not a Force Majeure Event under this Contract. Contractor will promptly notify the State of any delay caused by a Force Majeure Event (to be confirmed in a written notice to the State within one (1) day of the inception of the delay) that a Force Majeure Event has occurred, and will describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event results in a delay in Contractor’s performance longer than forty-eight (48) hours, the State may, upon notice to Contractor: (a) cease payment of the fees until Contractor resumes performance of the affected obligations; or (b) immediately terminate this Contract or any purchase order, in whole or in part, without further payment except for fees then due and payable. Contractor will not increase its charges under this Contract or charge the State any fees other than those provided for in this Contract as the result of a Force Majeure Event.

D.25. State and Federal Compliance. The Contractor shall comply with all applicable state and federal laws

and regulations in the performance of this Contract. D.26. Governing Law. This Contract shall be governed by and construed in accordance with the laws of the

State of Tennessee. The Tennessee Claims Commission or the state or federal courts in Tennessee shall be the venue for all claims, disputes, or disagreements arising under this Contract. The Contractor acknowledges and agrees that any rights, claims, or remedies against the State of Tennessee or its employees arising under this Contract shall be subject to and limited to those rights and remedies available under Tenn. Code Ann. §§ 9-8-101 - 407.

D.27. Entire Agreement. This Contract is complete and contains the entire understanding between the

Parties relating to its subject matter, including all the terms and conditions of the Parties’ agreement. This Contract supersedes any and all prior understandings, representations, negotiations, and agreements between the Parties, whether written or oral.

D.28. Severability. If any terms and conditions of this Contract are held to be invalid or unenforceable as a

matter of law, the other terms and conditions of this Contract shall not be affected and shall remain in full force and effect. The terms and conditions of this Contract are severable.

D.29. Headings. Section headings of this Contract are for reference purposes only and shall not be

construed as part of this Contract.

Page 46: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 14

D.30. Incorporation of Additional Documents. Each of the following documents is included as a part of this Contract by reference. In the event of a discrepancy or ambiguity regarding the Contractor’s duties, responsibilities, and performance under this Contract, these items shall govern in order of precedence below:

a. any amendment to this Contract, with the latter in time controlling over any earlier amendments; b. this Contract with any attachments or exhibits (excluding the items listed at subsections c.

through f., below); c. any clarifications of or addenda to the Contractor’s proposal seeking this Contract; d. the State solicitation, as may be amended, requesting responses in competition for this

Contract; e. any technical specifications provided to proposers during the procurement process to award

this Contract; and f. the Contractor’s response seeking this Contract.

E. SPECIAL TERMS AND CONDITIONS: E.1. Conflicting Terms and Conditions. Should any of these special terms and conditions conflict with any

other terms and conditions of this Contract, the special terms and conditions shall be subordinate to the Contract’s other terms and conditions.

E.2. Confidentiality of Records. Strict standards of confidentiality of records and information shall be

maintained in accordance with applicable state and federal law. All material and information, regardless of form, medium or method of communication, provided to the Contractor by the State or acquired by the Contractor on behalf of the State that is regarded as confidential under state or federal law shall be regarded as “Confidential Information.” Nothing in this Section shall permit Contractor to disclose any Confidential Information, regardless of whether it has been disclosed or made available to the Contractor due to intentional or negligent actions or inactions of agents of the State or third parties. Confidential Information shall not be disclosed except as required or permitted under state or federal law. Contractor shall take all necessary steps to safeguard the confidentiality of such material or information in conformance with applicable state and federal law.

The obligations set forth in this Section shall survive the termination of this Contract. E.3. Lobbying. The Contractor certifies, to the best of its knowledge and belief, that:

a. No federally appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of an agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

b. If any funds other than federally appropriated funds have been paid or will be paid to any

person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with any contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,'' in accordance with its instructions.

c. The Contractor shall require that the language of this certification be included in the award

documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

Page 47: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 15

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into and is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352.

E.4. Contractor Commitment to Diversity. The Contractor shall comply with and make reasonable business

efforts to exceed the commitment to diversity represented by the Contractor’s Response to RFP # 31620-06832 (Attachment B) and resulting in this Contract. The Contractor shall assist the State in monitoring the Contractor’s performance of this commitment by providing, as requested, a quarterly report of participation in the performance of this Contract by small business enterprises and businesses owned by minorities, women, and Tennessee service-disabled veterans. Such reports shall be provided to the State of Tennessee Governor's Office of Diversity Business Enterprise in the required form and substance.

E.5. Personally Identifiable Information. While performing its obligations under this Contract,

Contractor may have access to Personally Identifiable Information held by the State (“PII”). For the purposes of this Contract, “PII” includes “Nonpublic Personal Information” as that term is defined in Title V of the Gramm-Leach-Bliley Act of 1999 or any successor federal statute, and the rules and regulations thereunder, all as may be amended or supplemented from time to time (“GLBA”) and personally identifiable information and other data protected under any other applicable laws, rule or regulation of any jurisdiction relating to disclosure or use of personal information (“Privacy Laws”). Contractor agrees it shall not do or omit to do anything which would cause the State to be in breach of any Privacy Laws. Contractor shall, and shall cause its employees, agents and representatives to: (i) keep PII confidential and may use and disclose PII only as necessary to carry out those specific aspects of the purpose for which the PII was disclosed to Contractor and in accordance with this Contract, GLBA and Privacy Laws; and (ii) implement and maintain appropriate technical and organizational measures regarding information security to: (A) ensure the security and confidentiality of PII; (B) protect against any threats or hazards to the security or integrity of PII; and (C) prevent unauthorized access to or use of PII. Contractor shall immediately notify State: (1) of any disclosure or use of any PII by Contractor or any of its employees, agents and representatives in breach of this Contract; and (2) of any disclosure of any PII to Contractor or its employees, agents and representatives where the purpose of such disclosure is not known to Contractor or its employees, agents and representatives. The State reserves the right to review Contractor's policies and procedures used to maintain the security and confidentiality of PII and Contractor shall, and cause its employees, agents and representatives to, comply with all reasonable requests or directions from the State to enable the State to verify and/or procure that Contractor is in full compliance with its obligations under this Contract in relation to PII. Upon termination or expiration of the Contract or at the State’s direction at any time in its sole discretion, whichever is earlier, Contractor shall immediately return to the State any and all PII which it has received under this Contract and shall destroy all records of such PII.

The Contractor shall report to the State any instances of unauthorized access to or potential disclosure of PII in the custody or control of Contractor (“Unauthorized Disclosure”) that come to the Contractor’s attention. Any such report shall be made by the Contractor within twenty-four (24) hours after the Unauthorized Disclosure has come to the attention of the Contractor. Contractor shall take all necessary measures to halt any further Unauthorized Disclosures. The Contractor, at the sole discretion of the State, shall provide no cost credit monitoring services for individuals whose PII was affected by the Unauthorized Disclosure. The Contractor shall bear the cost of notification to all individuals affected by the Unauthorized Disclosure, including individual letters and public notice. The remedies set forth in this Section are not exclusive and are in addition to any claims or remedies available to this State under this Contract or otherwise available at law.

E.6. Federal Funding Accountability and Transparency Act (FFATA). This Contract requires the Contractor

to provide supplies or services that are funded in whole or in part by federal funds that are subject to FFATA. The Contractor is responsible for ensuring that all applicable requirements, including but not

Page 48: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 16

limited to those set forth herein, of FFATA are met and that the Contractor provides information to the State as required.

The Contractor shall comply with the following:

a. Reporting of Total Compensation of the Contractor’s Executives.

(1) The Contractor shall report the names and total compensation of each of its five most

highly compensated executives for the Contractor’s preceding completed fiscal year, if in the Contractor’s preceding fiscal year it received: i. 80 percent or more of the Contractor’s annual gross revenues from federal

procurement contracts and federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and

ii. $25,000,000 or more in annual gross revenues from federal procurement contracts (and subcontracts), and federal financial assistance subject to the Transparency Act (and subawards); and

iii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.).

As defined in 2 C.F.R. § 170.315, “Executive” means officers, managing partners, or any other employees in management positions.

(2) Total compensation means the cash and noncash dollar value earned by the executive during the Contractor’s preceding fiscal year and includes the following (for more information see 17 C.F.R. § 229.402(c)(2)):

i. Salary and bonus. ii. Awards of stock, stock options, and stock appreciation rights. Use the dollar

amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments.

iii. Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees.

iv. Change in pension value. This is the change in present value of defined benefit and actuarial pension plans.

v. Above-market earnings on deferred compensation which is not tax qualified. vi. Other compensation, if the aggregate value of all such other compensation

(e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000.

b. The Contractor must report executive total compensation described above to the State by the

end of the month during which this Contract is awarded. c. If this Contract is amended to extend the Term, the Contractor must submit an executive total

compensation report to the State by the end of the month in which the term extension becomes effective.

Page 49: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 17

d. The Contractor will obtain a Data Universal Numbering System (DUNS) number and maintain its DUNS number for the term of this Contract. More information about obtaining a DUNS Number can be found at: http://fedgov.dnb.com/webform/

The Contractor’s failure to comply with the above requirements is a material breach of this Contract for which the State may terminate this Contract for cause. The State will not be obligated to pay any outstanding invoice received from the Contractor unless and until the Contractor is in full compliance with the above requirements.

E.7. Survival. The terms, provisions, representations, and warranties contained in this Contract which by

their sense and context are intended to survive the performance and termination of this Contract, shall so survive the completion of performance and termination of this Contract.

IN WITNESS WHEREOF,

CONTRACTOR LEGAL ENTITY NAME:

CONTRACTOR SIGNATURE DATE

PRINTED NAME AND TITLE OF CONTRACTOR SIGNATORY (above)

TENNESSEE HOUSING DEVELOPMENT AGENCY:

RALPH M. PERREY, EXECUTIVE DIRECTOR DATE

Page 50: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 18

ATTACHMENT A

ATTESTATION RE PERSONNEL USED IN CONTRACT PERFORMANCE

SUBJECT CONTRACT NUMBER:

CONTRACTOR LEGAL ENTITY NAME:

FEDERAL EMPLOYER IDENTIFICATION NUMBER: (or Social Security Number)

The Contractor, identified above, does hereby attest, certify, warrant, and assure that the Contractor shall not knowingly utilize the services of an illegal immigrant in the performance of this Contract and shall not knowingly utilize the services of any subcontractor who will utilize the services of an illegal immigrant in the performance of this Contract.

CONTRACTOR SIGNATURE NOTICE: This attestation MUST be signed by an individual empowered to contractually bind the Contractor. Attach evidence documenting the individual’s authority to contractually bind the Contractor, unless the signatory is the Contractor’s chief executive or president.

PRINTED NAME AND TITLE OF SIGNATORY

DATE OF ATTESTATION

Page 51: REQUEST FOR PROPOSALS FOR HOME PROGRAM ......pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person

Final 9/9/15 THDA CP HOME INSPECTION SERVICES 7-16-15 RFP Template

THDA HOME Program Inspections Pro Forma Contract (Draft) RFP # 31620-06832 PAGE 19

ATTACHMENT B

[ATTACH CONTRACTOR’S TECHNICAL RESPONSE TO RFP]